508-24-102 | Replace AHUs 2,3,5,17, and 19
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA), Network Contract Office 7, has issued a Solicitation (RFP 36C24726R0013) for the replacement of five Air Handling Units (AHUs) at the Joseph Maxwell Cleland Atlanta VA Medical Center in Decatur, GA. This project, titled "508-24-102 | Replace AHUs 2,3,5,17, and 19," is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due by February 18, 2026, at 1:00 PM ET.
Scope of Work
This Firm-Fixed-Price contract requires the replacement of AHUs 2, 3, 5, 17, and 19 in Building A. The scope includes:
- Limited demolition and structural modifications.
- Replacement of associated plumbing, electrical, mechanical, and controls.
- Compliance with VA Standards and PG-18-1.
- Integration of new AHUs with existing hydronic chilled water cooling and steam heating systems.
- Provision of temporary DX air handlers with electric heat during replacement.
- Lead-based paint abatement, fireproofing, and infectious control measures.
- Development of a Comprehensive Safety Plan and Contractor Quality Control Plan (CQCP).
- Provision of Operations and Maintenance (O&M) manuals, as-built drawings, and O&M training.
- Adherence to VHA Infection Control Risk Assessment (ICRA) and Pre-Construction Risk Assessment (PCRA) protocols.
Contract Details
- Contract Type: Firm-Fixed-Price
- Magnitude of Construction: Between $5,000,000.00 and $10,000,000.00
- Period of Performance: 365 Calendar Days from Notice to Proceed (NTP)
- NAICS Code: 238220 (Commercial and Institutional Building Construction)
- Small Business Standard: $19 Million
Eligibility & Submission
This is a 100% SDVOSB Set-Aside. Offerors must be 51% or more owned and controlled by service-connected veterans, registered in SAM.gov, certifications.sba.gov, and comply with VETS 4212. Required submissions include:
- Electronic proposals via email (subject line: "Company Name, RFP number, Project Title").
- Completed Experience Modification Rate Form (Attachment 1).
- Past Performance Questionnaire (Attachment 3).
- Itemized Cost Breakdown (Attachment 4).
- Certification of compliance with VAAR 852.219-75 (Attachment 2), limiting subcontracting to non-SDVOSB/VOSB firms to 85% for general construction.
- An Offer Guarantee Bond is required.
Evaluation & Deadlines
- Evaluation Criteria: Past Performance (significantly more important than price) and Price.
- Site Visit: Held on January 21, 2026 (attendance sheet posted as Amendment 0001).
- RFIs Due: January 29, 2026, 1:00 PM ET.
- Offers Due: February 18, 2026, 1:00 PM ET.
- Offer Acceptance Period: 120 calendar days.
Important Notes
Bidders must adhere to prevailing wage rates (Attachment 5) and utilize the mandatory electronic invoicing system via Tungsten Network (Attachment 6) for payments. All questions must be submitted in writing via email. New vendors must update information in the Customer Engagement Portal (CEP) or request a Form 10091.